ECONOMIC AND FINANCIAL CRIMES COMMISSION PLOT NO 301-302 CADASTRAL ZONE C-O INSTITUTION AND RESEARCH DISTRICT, ABUJA, NIGERIA INVITATION TO TENDER FOR PROCUREMENT OF GOODS AND WORKS FOR THE COMMISSION
1. INTRODUCTION 1.1 The Economic and Financial Crimes Commission (EFCC) is a Nigerian Anti-Corruption Agency that investigates financial crimes such as Advance Fee Fraud (419 fraud) and Money Laundering. 1.2 The Economic and Financial Crimes Commission (EFCC) hereby invites interested, competent and reputable contractors with relevant experience and good track records to participate in the National Competitive Bidding (NCB) procedures as described in Standard bidding document (SBD) for Goods, Works, Management Information System and Health Commodities that can be found on the website of the Bureau of Public Procurement (BPP) i.e. www.bpp.gov.ng.
2. SCOPE OF WORKS AND GOODS
| S/N | PROJECT TITLE | | LOT G1 | Supply of Computer Systems for the Commission. | | LOT G2 | Printing of Non-Security Documents for the Commission. | | LOT G3 | Supply of Drugs for the Commission. | | LOT G4 | Supply of Photocopier Consumables for the Commission. | | LOT G5 | Supply of Printer Consumables for the Commission. | | LOT W1 | Construction of Detention Facility at Ibadan Zonal Directorate, Oyo State. | | LOT W2 | Construction of Security Post at the New Visitors Car Park, EFCC Headquarters Complex Abuja. | | LOT W3 | The painting of the EFCC Headquarter’s Complex, Abuja. | | LOT W4 | Replacement Of Roof Extractor Fans At The Main Building, EFCC Headquarters. |
3. ELIGIBILITY REQUIREMENTS Interested companies are requested to submit the following documents/information with verifiable evidence for assessment/consideration: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 or 1.1; b. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years with minimum turnover of N75, 000,000.00 for Goods & N100, 000,000.00 for Works. c. Evidence of valid Pension Compliance Certificate.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
TERMS OF REFERENCE (TORS) FOR TECHNICAL ASSISTANCE ON SEXUAL AND REPRODUCTIVE HEALTH (SRH) SERVICES IN 8 PRIORITY STATES – COMMUNITY ENGAGEMENT AND REFERRALS FOR ADOLESCENT REPRODUCTIVE HEALTH (WITH “BIG SISTER” MENTOR STRATEGY) PROJECT NAME | ACCESS (ACCESS TO COMPREHENSIVE CARE AND ESSENTIAL SUPPORT SERVICES) JOB LOCATION | AKWA-IBOM, BENUE, ENUGU, EKITI, KEBBI, ONDO, TARABA, AND ZAMFARA STATES, NIGERIA
1. Background Vista and an interested organisation is implementing the ACCESS program to improve access to family planning (FP) and comprehensive post-abortion care (PAC) through primary health care (PHC) services. This initiative addresses stigma, misinformation, and systemic barriers that limit women and adolescents’ access to sexual and reproductive health (SRH) services in Nigeria. A cornerstone of the ACCESS program is its focus on community-led demand generation, recognizing that engaging communities, addressing social norms, and reducing stigma are crucial for increasing the uptake of SRH services, particularly among adolescents. Through community-led demand generation, health system strengthening, and strategic engagement at all levels, the ACCESS program aims to reduce stigma, expand service uptake, and deliver high-quality SRH services. This effort is aligned with national priorities under the RMNCAEH+N strategy and PHC revitalization agenda, with the overarching goal of reducing maternal morbidity and mortality by sustainably integrating SRH services into the broader health system.
2. Objective The TA will support the State and Local Government, through the State Primary Health Care Development Agency, to enhance community awareness and demand for SRH services, reduce stigma, and improve referral linkages for adolescents by implementing a “Big Sister” mentor strategy and fostering multisector collaboration.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
The U. S. EMBASSY IN ABUJA is seeking a vendor to supply the following:
S/N
Item Description
Qty
Unit
Unit Price
Total
Unit Price
1
VHF Dash Mount TIER TWO MOBILE RADIOS P25 NON-SECURE W/ANTENNA W/POWER CABLES (NX-5700BF, KMC-65M, KMB-33, KCH-19M, KCT-23M, ROOF-FT-NITI-KEN)
20
each
SHIPPING
Total
You are invited to submit a quotation with shipment to U.S. Embassy, Abuja – NG.
Payment Terms: Net 30.
Evaluation Criteria:
The evaluation of this requirement will consider price, technical acceptability, and past performance.
Proposal Requirements:
To ensure your proposal is valid, please note the following:
Email all responses to this solicitation to AbujaProcurement@state.gov, including the solicitation number (PR15446371) in the subject line.
Include your performance schedule, specifications, samples, pictures, or complete drawings (where applicable) with your proposal.
Contractors must provide proof of active registration in Sam.gov, a Unique Entity ID (UEI) code, and evidence of compliance with the National Defense Authorization Act (NDAA).
Vendors must clearly state delivery terms, including how long it will take to deliver or if items are BACKORDERED.
Vendors must state it BOLDLY if offering alternatives.
Submission Deadline:
The deadline for submission is August 11, 2025.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
ECONOMIC AND FINANCIAL CRIMES COMMISSION PLOT NO 301-302 CADASTRAL ZONE C-O INSTITUTION AND RESEARCH DISTRICT, ABUJA, NIGERIA INVITATION TO TENDER FOR PROCUREMENT OF GOODS AND WORKS FOR THE COMMISSION
1. INTRODUCTION 1.1 The Economic and Financial Crimes Commission (EFCC) is a Nigerian Anti-Corruption Agency that investigates financial crimes such as Advance Fee Fraud (419 fraud) and Money Laundering. 1.2 The Economic and Financial Crimes Commission (EFCC) hereby invites interested, competent and reputable contractors with relevant experience and good track records to participate in the National Competitive Bidding (NCB) procedures as described in Standard bidding document (SBD) for Goods, Works, Management Information System and Health Commodities that can be found on the website of the Bureau of Public Procurement (BPP) i.e. www.bpp.gov.ng;
2. SCOPE OF WORKS AND GOODS
S/N
PROJECT TITLE
LOT G1
Supply of Computer Systems for the Commission.
LOT G2
Printing of Non-Security Documents for the Commission.
LOT G3
Supply of Drugs for the Commission.
LOT G4
Supply of Photocopier Consumables for the Commission.
LOT G5
Supply of Printer Consumables for the Commission.
LOT W1
Construction of Detention Facility at Ibadan Zonal Directorate, Oyo State.
LOT W2
Construction of Security Post at the New Visitors Car Park, EFCC Headquarters Complex Abuja.
LOT W3
The painting of the EFCC Headquarter’s Complex, Abuja.
LOT W4
Replacement Of Roof Extractor Fans At The Main Building, EFCC Headquarters.
3. ELIGIBILITY REQUIREMENTS
Interested companies are requested to submit the following documents/information with verifiable evidence for assessment/consideration: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 or 1.1; b. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years with minimum turnover of N75, 000,000.00 for Goods & N100, 000,000.00 for Works. c. Evidence of valid Pension Compliance Certificate. d. Evidence of valid Industrial Training Fund (ITF) Compliance Certificate. e. Evidence of valid Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate. f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP. g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Economic and Financial Crimes Commission (EFCC) or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; k. Company’s Audited Accounts for the last three (3) years. l. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; m. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.); n. For LOT G1 ICT Job: Verifiable Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs). o. For LOT G1 ICT Job: Evidence of current license/accreditation with National Information Technology Development (NITDA) and Computer Professionals of Nigeria (CPN). p. For LOT G3 Evidence of Firm’s registration with Pharmaceutical council of Nigeria, and Professional Licenses for Pharmacists. q. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects; r. List of Plants/Equipment with proof of Ownership/Lease (where applicable); s. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) t. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. u. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS Tender documents are obtainable from the Procurement Office, 5th Floor at Head Office of the Economic and Financial Crimes Commission, Plot No 301-302 Cadastral Zone C-O Institution and Research District, Abuja, Nigeria on evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid into the Economic and Financial Crimes Commission Remita account and any reputable Commercial Bank in Nigeria. The fee should be paid into the Commission’s TSA Account No. 011100900100
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
No Comments
Sorry, the comment form is closed at this time.